Tender

Kings Priory School ~ Cleaning Tender

  • Kings Priory School

F02: Contract notice

Notice identifier: 2024/S 000-021937

Procurement identifier (OCID): ocds-h6vhtk-047df4

Published 16 July 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Kings Priory School

9 Huntington Place, Tynemouth

Tyne & Wear

NE30 4RF

Email

tenders@litmuspartnership.co.uk

Telephone

+44 1276673880

Country

United Kingdom

Region code

UKC2 - Northumberland and Tyne and Wear

Internet address(es)

Main address

https://www.kingsprioryschool.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://litmustms.co.uk/respond/599V6P2GMY

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Kings Priory School ~ Cleaning Tender

two.1.2) Main CPV code

  • 90919300 - School cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

The successful Supplier will be required to provide cleaning services for the Kings Priory School in Tynemouth.

two.1.5) Estimated total value

Value excluding VAT: £660,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90919300 - School cleaning services

two.2.3) Place of performance

NUTS codes
  • UKC2 - Northumberland and Tyne and Wear
Main site or place of performance

Northumberland and Tyne and Wear

two.2.4) Description of the procurement

The current contract value is in excess of £220k per annum.

Kings Priory School is a large all through school of approximately 1500 school pupils from ages 4 through to 18, and is part of the Woodard Academies Trust. The Trust has an impressive heritage as part of the Woodard family of schools, created by founder Nathaniel Woodard in 1848 with the aim of providing an education based on Christian values and a belief in nurturing and enriching each individual child.

This is an exciting time for the Trust who have recently launched an ambitious new five-year strategy to continue to drive up standards, nurture and educate our children into successful adults, develop, and recruit the best teachers, work collaboratively in our local area, and grow our Trust in geographical clusters.

The school occupies two sites, (a hundred or so yards apart) in the town of Tynemouth. The larger site is the original King’s School (children from year 5 through to year 13) occupies a mixture of townhouses and purpose-built teaching blocks around a large central courtyard. The smaller site is on the former Priory Primary School (reception through to year 4) which has a more traditional primary school footprint.

The school currently has an evening cleaning team of around 10 members of staff and has additional coverage of day janitors who carry out a mixture of reactive and prescribed tasks. The ITT process will look to suppliers to identify the optimal use of current hours to provide both ad hoc day time support and exacting evening clean standards.

The contract covers the scope for the provision of all cleaning services within the School’s sites. The tender project is seeking to appoint a contractor whose initiative and innovation will be welcomed for the provision of cleaning services within the facilities as well as delivering consistency of standards and accurate management reporting capabilities.

Whilst the fabric of the school’s campus is generally in good condition, there is an ongoing refurbishment programme of floor surfaces, the townhouses accommodation of offices and teaching areas present the cleaners with daily challenges across multiple levels, in addition the site lines provided by excellent natural lighting and long visible corridors also present cleaning challenges. It is anticipated that equipment upgrade could help address these issues.

The cleaning team currently work prescribed zones which differ in size due to accessibility and work content.

The client team sees an ideal opportunity to reset the basic specifications, and then is looking for a service provider that can:

•deliver consistency and compliance to standards and regulations in day to day and in periodic cleaning

•communicate well with the cleaning team and manage the resource and resourcing effectively

•only invoice the school for hours proven to be worked

•give realistic cost certainty but also assure value for money spent

•flex its schedules and service to accommodate both one off and regular events

•provide a fit for purpose and proactive off-site management support function

•provide a solid audit trail

•communicate well with both the school and the on-site cleaning team

•build an operating model over the contract term that fits the needs of the school

The contract being tendered is for three years in duration from 1 January 2025 until December 2027 and is likely to be fixed price in nature in nature, with the Contractor invoicing the Client for one twelfth of the annual cost on a monthly basis.

See SQ document for further information.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £660,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 January 2025

End date

31 December 2027

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://litmustms.co.uk/respond/599V6P2GMY


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 August 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 September 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.

The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time.

The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.

The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://litmustms.co.uk/tenders/UK-UK-Tyne-%26-Wear:-School-cleaning-services./599V6P2GMY

To respond to this opportunity, please click here:

https://litmustms.co.uk/respond/599V6P2GMY

GO Reference: GO-2024716-PRO-26901797

six.4) Procedures for review

six.4.1) Review body

Kings Priory School

9 Huntington Place, Tynemouth

Tyne & Wear

NE30 4RF

Country

United Kingdom